South East Bend Navigational Dredging
Solicitation number EQ754-180608/A
Publication date
Closing date and time 2017/07/27 14:00 EDT
Last amendment date
Description
Trade Agreement: Canadian Free Trade Agreement (CFTA) Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: PROJECT NO. - R.086854.001 TITLE: St. Clair River, Ontario - South East Bend Cutoff Channel, Maintenance Dredging 2017 Public Services and Procurement Canada, on behalf of Fisheries and Oceans Canada, Canadian Coast Guard have a requirement for navigational dredging at the South East Bend Cutoff Channel, St. Clair River, Ontario. The site of the dredging work is south of Seaway Island on St. Clair River and the disposal site for the dredged material is at the Dickinson Island Disposal Site in Michigan, USA. All work shall be in accordance with Project No. R.086854.001, Specification dated 2017-03-31. The Contractor shall perform and complete the Work within 12 weeks from the date of notification of acceptance of the offer. Work of this contract comprises of (Dredging and disposal quantities are approximately): Scenario A (Dredge Area A) - 24,900 cubic meters place measurement (CMPM) Scenario B (Dredge Areas A and B) - 28,100 cubic meters place measurement (CMPM) Scenario C (Dredge Areas A, B & C) - 33,400 cubic meters place measurement (CMPM) OPTIONAL DISPOSAL SITE VISIT The disposal facility specified in this Contract is owned by the United States Army Corps of Engineers. It is recommended that the Bidder or a representative of the Bidder visit this location during the bid period. Bidders who intend to visit this location must communicate with the Contracting Authority, Ambreen Dhillon (on behalf of Mary Caporusso) at (416) 590-8253 or email ambreen.dhillon@pwgsc.gc.ca, 2 days prior to arrange a date and time for the site visit. Bidders who do not attend or send a representative will not be precluded from submitting a bid. MANDATORY REQUIREMENTS Bidders must meet all the mandatory requirements specified in the tender document. Failure to comply with any or all the mandatory requirements will render the bid non-compliant and no other consideration will be given to the bid. Mandatory Requirements/Contractor Selection Contractor Selection Bidder must complete all combined price form for all three Scenarios (A, B, and C) detailed in Appendix 1 and in the Specification, identifying three different areas of dredging work, from smallest to largest. The bidder offering the lowest priced responsive bid for the scenario with the largest area of work within the Project Budget will be recommended for award. The Project Budget will be disclosed at the Tender Opening, prior to bids being read out. Mandatory Submission Requirements To be considered compliant, a submission must meet all of the mandatory evaluation criteria. Submissions not meeting all of the mandatory requirements will be given no further consideration. If Canada requests that the bidder submit information or documents within a specified time period, failure to provide these documents or this information at Canada’s request within the specified time period will result in the bid being deemed non-responsive. Bidder must: 1. Submit the bid to the Bid Receiving Unit prior to the closing date and time indicated on the front page of the solicitation document; 2. Complete and submit signed Bid and Acceptance Form (complete all combined price form for Scenario A, B and C, in Appendix 1); 3. Provide Bid Security as per the General Instructions to Bidders; 4. In order to comply with clause GI06, Registry and Pre-qualification of Floating Plant, of the General Instructions to bidders R2710T: a) Bidders shall submit a bid on the basis that the dredge(s), and other support floating plant to be used for the work are registered in Canada. Bidders shall identify the equipment to be used by completing the Bid and Acceptance Form Floating Plant. (PWGSC-TPSGC-2843) If necessary, bidders shall be able to demonstrate, within 48 hours of receipt of Canada’s written request, that the dredges or floating plant are registered in Canada. b)Append to their bids a copy of the Certificate of qualification issued by Industry Canada if the dredge(s) or other floating plant to be used for the work is/are not manufactured in Canada. If at bid closing this certificate is not appended to the bid for any of the dredges or equipment not manufactured in Canada indicated in Bid and Acceptance Form Floating Plant (PWGSC-TPSGC-2843), the bid will be deemed non-responsive. If at Bid closing this information is not submitted with the bid, the bid will be deemed non-responsive. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation. All enquiries of a technical and contractual nature, are to be submitted to the Contracting Officer, Ambreen Dhillon (ambreen.dhillon@pwgsc-tpsgc.gc.ca) Telephone: (416) 590-8253, Facsimile: (416) 512-5862. Delivery Date: 06/07/2017 The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Contract duration
Refer to the description above for full details.
Trade agreements
-
Canadian Free Trade Agreement (CFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Ambreen Dhillon
- Phone
- (416) 590-8253 ( )
- Email
- mary.caporusso@pwgsc-tpsgc.gc.ca
- Fax
- (416) 512-5862
- Address
-
Ontario Region, Tendering Office
12th Floor, 4900 Yonge StreetToronto, Ontario, M2N 6A6
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
Bidding details
Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW_PWL.B012.F2300.EBSU002.PDF | 002 |
French
|
3 | |
ABES.PROD.PW_PWL.B012.E2300.EBSU002.PDF | 002 |
English
|
19 | |
ABES.PROD.PW_PWL.B012.E2300.ATTA003.PDF |
English
|
23 | ||
ABES.PROD.PW_PWL.B012.F2300.EBSU001.PDF | 001 |
French
|
6 | |
ABES.PROD.PW_PWL.B012.E2300.EBSU001.PDF | 001 |
English
|
23 | |
ABES.PROD.PW_PWL.B012.F2300.EBSU000.PDF | 000 |
French
|
9 | |
ABES.PROD.PW_PWL.B012.E2300.EBSU000.PDF | 000 |
English
|
38 | |
ABES.PROD.PW_PWL.B012.E2300.ATTA002.PDF |
English
|
28 | ||
ABES.PROD.PW_PWL.B012.E2300.ATTA001.PDF |
English
|
36 |
Access the Getting started page for details on how to bid, and more.